Quote No. E Q1 Addendum No. 2 Page 1 of 2

Size: px
Start display at page:

Download "Quote No. E Q1 Addendum No. 2 Page 1 of 2"

Transcription

1 Quote No. E Q1 Addendum No. 2 Page 1 of 2 ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Barricades, Lights and Signs (SM) ADDENDUM NO. 2 DATE OF ADDENDUM: December 16, 2011 MUST ADDENDUM. READ CAREFULLY AND FOLLOW ALL INSTRUCTIONS. Information included in this Addendum will have a material impact on the submittal for this solicitation. All MUST addenda and/or revised Bid Sheets are considered a matter of responsiveness and must be returned with your Quote submittal. Failure of a Submitter to return these document(s) shall be cause for rejection of the bid. Return Completed Revised Bid Sheet with Quote Submittal TO ALL PROSPECTIVE BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES AND CLARIFICATIONS: Words in strikethrough type are deletions from existing text. Words in bold, underlined type are additions to existing text. 1. The Quote Opening Date has been revised as follows: December 28, 2011 at 5:00 p.m. Location remains the same. 2. Page 7 of 26, Bid Sheet has been revised and is attached. The bid sheet MUST be completed and returned with your Quote submittal. 3. Page 9 of 26, Additional Specifications, Item 2 has been revised to the following: Three wood panels, 2 3/4 x 8"x 72 hollow polyethylene OR 5/16 x 8 x 72 solid polyethylene, with high intensity reflective sheeting. 4. For clarification purposes, the reflective sheeting for the barricades does not have to go on both sides, only on the side facing traffic. All other terms, conditions and specifications remain unchanged for Quote No. E Q1. NAME OF COMPANY: Addendum Form 3 06/15/2011

2 Quote No. E Q1 Addendum No. 2 Page 2 of 2 BID SHEET Specifications: Additional specifications for the line items below follow on page 9. All prices submitted are to be on the form below. Prices quoted should be in unit of measure shown. In accordance with all terms, conditions, specifications and requirements, the bidder offers GROUP 1 (Items 1 4): Commodity No / Line Description 1. Type II Metal Barricades - 8"x 24" top and bottom panels galvanized steel with high intensity reflective sheeting, per Additional Specifications. 2. Type III Metal Barricades - Three panels, 3/4 x 8"x 72 hollow polyethylene OR 5/16 x 8 x 72 solid polyethylene, with high intensity reflective sheeting, per Additional Specifications. Qty. / Total Unit Unit Price Unit Price 300 / Each 24 / Each State panel type bid: 3. Barricade Lights - 3-way Operation: Steady On, Flashing or Off, per Additional Specifications. 4. ROAD CLOSED Signs - Size 30 X48, horizontal rectangle, per Additional Specifications. 350 / Each 24 / Each GROUP 1 Total (Items 1 4) Total Price $ NAME OF COMPANY: Addendum Form 3 06/15/2011

3 Quote No. E Q1 Addendum No. 1 Page 1 of 2 ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Barricades, Lights and Signs (SM) ADDENDUM NO. 1 DATE OF ADDENDUM: December 8, 2011 MUST ADDENDUM. READ CAREFULLY AND FOLLOW ALL INSTRUCTIONS. Information included in this Addendum will have a material impact on the submittal for this solicitation. All MUST addenda and/or revised Bid Sheets are considered a matter of responsiveness and must be returned with your Quote submittal. Failure of a Submitter to return these document(s) shall be cause for rejection of the bid. Return Completed Revised Bid Sheet with Quote Submittal TO ALL PROSPECTIVE BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES AND CLARIFICATIONS: Words in strikethrough type are deletions from existing text. Words in bold, underlined type are additions to existing text. 1. The Quote Opening Date has been revised as follows: December 19, 2011 at 5:00 p.m. Location remains the same. 2. Page 7 of 26, Bid Sheet has been revised and is attached. The bid sheet MUST be completed and returned with your Quote submittal. 3. Page 9 of 26, Additional Specifications, Item 1 has been revised to the following: 8"x 24" top and bottom panels galvanized steel with high intensity reflective sheeting 4. Page 9 of 26, Additional Specifications, Item 2 has been revised to the following: Three wood panels, 2 x 8"x 96" 72, with high intensity reflective sheeting All other terms, conditions and specifications remain unchanged for Quote No. E Q1. NAME OF COMPANY: Addendum Form 3 06/15/2011

4 Quote No. E Q1 Addendum No. 1 Page 2 of 2 BID SHEET Specifications: Additional specifications for the line items below follow on page 9. All prices submitted are to be on the form below. Prices quoted should be in unit of measure shown. In accordance with all terms, conditions, specifications and requirements, the bidder offers GROUP 1 (Items 1 4): Commodity No / Line Description 1. Type II Metal Barricades - 8"x 24" top and bottom panels galvanized steel with high intensity reflective sheeting, per Additional Specifications. 2. Type III Metal Barricades - Three wood panels, 2 x 8"x 72", with high intensity reflective sheeting, per Additional Specifications. 3. Barricade Lights - 3-way Operation: Steady On, Flashing or Off, per Additional Specifications. 4. ROAD CLOSED Signs - Size 30 X48, horizontal rectangle, per Additional Specifications. Qty. / Total Unit Unit Price Unit Price 300 / Each 24 / Each 350 / Each 24 / Each GROUP 1 Total (Items 1 4) Total Price $ NAME OF COMPANY: Addendum Form 3 06/15/2011

5 Page: 1 of 26 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 12/09/11 QUOTES MAY BE FAXED TO (866) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida QUOTATION MUST BE SIGNED IN INK By signature I acknowledge and agree to pages 1 of 26 and abide by all conditions contained in this quotation as well as any special instruction sheet(s) if applicable. Payment terms 30 Days from receipt of materials and/or services and receipt of a proper invoice; delivery FOB Destination. Company Name: (Please Print) Address: Quotation No.: E Q1 Date: 12/2/2011 Purchasing Agent: Marie Williams Phone number: Requisition No. RQS SH Signature: Name / Title: (Please Print) Date: PH: FX: Fixed Contract: Quotations are hereby requested on a fixed basis to provide Barricades, Lights and Signs for the Broward County Highway and Bridge Maintenance Division in accordance with the specifications as set forth in this quotation request. For Sheltered Market Contracts: This project has been designated a Sheltered Market program. Only vendors presently certified as an SBE (with the applicable category type and specialty), or those that obtain the SBE certification (with the applicable category type and specialty) within seven (7) business days from the posting of the preliminary Quote Tabulation on the Purchasing Division website (Solicitation Results), will be eligible for award of this contract. It is the vendor s responsibility to make sure it is compliant with these requirements and deadlines by contacting the Office of Economic and Small Business Development to verify the vendor s current SBE status and/or obtain the necessary applicable SBE certification (and specialty) related to the requested project. All SBE Certifications must be obtained from the Office of Economic and Small Business Development. In order to be considered a small business, the firm should be a certified Broward County small business or must be certified before award and have an occupational license for at least one year prior to the bid or proposal opening and must have a physical address located within Broward County from where the SBE operates or performs business that is a substantial component of the goods or services being offered to Broward County. A post office box address shall not be used to establish a physical address. For professional consultants, annual gross sales averaged over the previous three-year period shall not exceed $500,000; for firms in contractual services and commodities, annual gross sales averaged over the previous three-year period shall not exceed $1,000,000; and for firms in construction, annual gross sales averaged over the previous three-year period shall not exceed $3,000,000. This contract is categorized as a commodities. Each business must be an independently owned and operated business which employs twenty-five or fewer permanent full-time employees. The business must serve a commercially useful function. This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

6 Page: 2 of 26 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 12/09/11 QUOTES MAY BE FAXED TO (866) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: E Q1 Date: 12/2/2011 Purchasing Agent: Marie Williams Phone number: Requisition No. RQS SH Company Name: (Please Print) Signature: In order to provide commodities to Broward County under this solicitation, a firm must meet the standard of a regular dealer, provide a commercially useful function, and have a continuous operating presence in Broward County. Brokers, defined as consistent with industry practice for a particular contracting opportunity, are not considered to provide a commercially useful function, and will be rejected as not responsive. For purposes of this solicitation, the following terms and their definitions are applicable: (a) A broker is a person or entity that fills orders by purchasing or receiving supplies from a third party supplier rather than out of its own existing inventory, and provides no commercially useful service other than acting as a conduit between his or her supplier and his or her customers. (b) Commercially Useful Function - A business is considered to perform a commercially useful business function when it is responsible for execution of a distinct element of work of a contract and carries out its responsibilities under that contract by performing, managing and supervising the work performed. Businesses who merely act as a conduit do not perform a commercially useful business function and will not be eligible. In determining whether a business performs a commercially useful business function, consideration will include, but not be limited to: whether the business adds a value to the product or service provided; whether the business has a distributorship arrangement with the manufacturer of goods supplied; whether the business takes possession of the product or service provided; whether the business warrants the product or service provided; whether the business maintains sufficient storage space to keep the product in inventory; whether the business maintains sufficient inventory to meet the requirements of its contracts; and whether the business provides the product or service to the public or other business other than a governmental agency. (c) Continuous Operating Presence - Continuous operating presence means a business entity with a current business tax receipt issued by Broward County, which has a physical business address located within the geographical limits of Broward County in an area zoned for the conduct of such business, and which has sufficient full-time employees in Broward County to perform all required work in connection with contracting opportunities covered by this contract. Firms may not use a County-owned site or County address alone to establish the required continuing operating presence in Broward County. (d) Regular Dealer (Commodities) - In order for a firm to be designated a regular dealer to supply a given commodity, a firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. In addition, a regular dealer is a firm that owns, operates, or maintains a store, warehouse, or other establishment within Broward County in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. One of the key considerations of being a regular, established dealer is the presence of an inventory of materials This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

7 Page: 3 of 26 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 12/09/11 QUOTES MAY BE FAXED TO (866) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: E Q1 Date: 12/2/2011 Purchasing Agent: Marie Williams Phone number: Requisition No. RQS SH Company Name: (Please Print) Signature: and/or supplies. Packaging, brokering, acting exclusively as a manufacturers representative, or arranging or expediting transactions does not meet the definition of regular vendor. Exception: a firm may be a regular dealer in bulk items, such as petroleum products, steel, cement, gravel, stone or asphalt, without owning, operating or maintaining a place of business if the firm both owns and operates distribution equipment for the products and that distribution equipment is stored at a location within Broward County. Any supplementing of regular dealers own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis. All questions regarding the Sheltered Market program should be directed to Office of Economic and Small Business Development at (954) To certify with Broward County Office of Economic and Small Business Development use the internet link provided to fill out an online application: or use the preprinted forms found at the end of this quotation request. For All Commodity Contracts: Vendor represents that its business is regularly engaged in and routinely sells the product(s) offered within this quotation request. YES NO Vendor affirms that it is an authorized dealer/seller of the product(s) offered herein on or before the opening date, and warranty offered is the manufacturer s warranty with Broward County recorded as the original purchaser. YES NO Broward County reserves the right to request proof thereof prior to award. For All Contracts: Quotation responses shall be on this form and must be signed or they may be declared non-responsive. Quotations must be typed or printed in ink. Signatures should be in blue ink. If a specific basis for award is not established in this quotation request, the award shall be to the responsible Vendor with the lowest responsive bid meeting the written specifications. Addenda to Quotation Requests: Quotation Requests may require Addenda be issued to them. An Addendum in some way modifies information from the original quotation request, i.e., to announce changes in the quote opening date, specifications, terms, conditions, or modifications to the bid sheet. In addition, some addenda are mandatory (i.e. MUST be acknowledged and returned with your quotation prior to the opening). Anyone quoting or contemplating quoting should check the Purchasing Division s website for posted addenda if you did not receive the initial quotation request by . All vendors shall be responsible for monitoring this website for posted addenda. This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

8 Page: 4 of 26 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 12/09/11 QUOTES MAY BE FAXED TO (866) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: E Q1 Date: 12/2/2011 Purchasing Agent: Marie Williams Phone number: Requisition No. RQS SH Company Name: (Please Print) Signature: Award Options: As the best interest of the County may require, the right is reserved to make award(s) by individual commodities, group of commodities, all or none or any combination thereof. Terms & Conditions: Attached Terms and Conditions, numbered 1 thru 33, apply to this solicitation. For quotations over $50,000, an original signed copy of the Quote Request must be submitted to the Purchasing Division prior to award. Quotations must be received in the Purchasing Division by the time and date requested in the upper left corner of this document. Quotations may be faxed to (866) Prices shall be quoted F.O.B. Destination, freight included and shall be inclusive of all costs. Current and/or anticipated applicable fuel costs should be considered and included in the price quoted. Local Business Tax Receipt Requirements: All vendors maintaining a business address within Broward County must have and provide a copy of a current Broward County Local Business Tax Receipt prior to contract award. The Contractor should provide a copy of their Local Business Tax Receipt within five (5) business days upon the request of the Purchasing Agent. Failure to do so may result in your quote being deemed non-responsive. For further information on obtaining or renewing your firm s Local Business Tax Receipt, contact the Records, Taxes and Treasury Division at (954) Contacts: For technical questions regarding the commodities/services listed in this quote, contact Roger Coates at (954) or Larry Valentine at (954) No change(s) and no interpretation(s) shall be considered binding unless provided to all bidders in writing by the Director of the Purchasing Division. OR For information regarding bidding procedures, terms and conditions, contact Marie Williams, Purchasing Agent II, preferably by at mariwilliams@broward.org or at (954) This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

9 Page: 5 of 26 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 12/09/11 QUOTES MAY BE FAXED TO (866) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: E Q1 Date: 12/2/2011 Purchasing Agent: Marie Williams Phone number: Requisition No. RQS SH Company Name: (Please Print) Signature: Insurance Requirements: Insurance Requirements for Automobile Liability are not applicable where delivery will be made by a third party carrier. All vendors that will be making deliveries in their own vehicles are required to provide proof of insurance for Automobile Liability and other pertinent coverages per the attached sample, prior to award. If deliveries are being made by a third party carrier, other pertinent coverages listed on the certificate are still required. If available, vendor should submit Certificate of Insurance (COI) with their Quotation. The vendor recommended for award should submit satisfactory COI no later than 5 business days of request or their Quotation may be rejected. Prior to submission, vendor should ensure that all insurance requirements conform to attached sample. Contractor Responsibilities: The CONTRACTOR will be responsible for the provision, installation and performance of all equipment, materials, services, etc. offered in their Quote. The CONTRACTOR is in no way relieved of the responsibility for the performance of all equipment furnished, or of assuring the timely delivery of materials, equipment, etc. even though it is not of their own manufacture. The Contract Administrator will document the contractor s performance by completing a Vendor Performance Evaluation Form. A blank Performance Evaluation Form may be viewed at: and will be completed by the Contract Administrator based upon the following factors: i. For any fixed construction or services contract valued at $50,000 or more upon completion of the contract. ii. For any hardware or software implementation contracts valued at $20,000 or more as part of the final acceptance. iii. For any fixed commodities contract valued at $250,000 or more upon complete delivery of the commodities iv. For Master (open-end) Agreements and other continuing contracts by each using agency whose cumulative annual usage of the agreement exceeds $50,000, prior to any renewal, termination and upon the agreement expiration. v. For Work Authorizations valued at $30,000 or more, issued under a Library of Professional Consultant Services, a Library of Environmental Consultant Services, or other two-party agreement, upon project completion. vi. For contracts where the Office of Economic and Small Business Development (OESBD) has established goals, based on compliance with established goals and requirements. vii. The Contract Administrator may also initiate an interim evaluation at any time during the term for any contract. This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

10 Page: 6 of 26 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 12/09/11 QUOTES MAY BE FAXED TO (866) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: E Q1 Date: 12/2/2011 Purchasing Agent: Marie Williams Phone number: Requisition No. RQS SH Company Name: (Please Print) Signature: Special Notice/OSHA: Special notice: In accordance with OSHA Regulation 29 CFR (k) (2), bidders are notified of the presence of asbestos containing material and/or presumed asbestos containing material at some Broward County locations. Non-Collusion Statement: By signing this offer, the vendor certifies that this offer is made independently and free from collusion. Vendor shall disclose below, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section (1) (c), Fla. Stat. (1989), who is an officer or director of, or has a material interest in, the vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if he or she directly or indirectly owns more than 5 percent of the total assets or capital stock of any business entity, or if he or she otherwise stands to personally gain if the contract is awarded to this vendor. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code. NAME RELATIONSHIPS In the event the vendor does not indicate any relationship by leaving the above section blank, the County will take this to mean the vendor means no such relationships exist. NAME OF COMPANY: This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

11 Page: 7 of 26 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 12/09/11 QUOTES MAY BE FAXED TO (866) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: E Q1 Date: 12/2/2011 Purchasing Agent: Marie Williams Phone number: Requisition No. RQS SH Company Name: (Please Print) Signature: Specifications: Additional specifications for the line items below follow on page 9. All prices submitted are to be on the form below. Prices quoted should be in unit of measure shown. In accordance with all terms, conditions, specifications and requirements, the bidder offers GROUP 1 (Items 1 4): Commodity No / Line Description 1. Type II Metal Barricades - 8"x 24" top panel and bottom panel with high intensity reflective sheeting, per Additional Specifications. 2. Type III Metal Barricades - Three panel, 8"x 96", with high intensity reflective sheeting, per Additional Specifications. 3. Barricade Lights - 3-way Operation: Steady On, Flashing or Off, per Additional Specifications. 4. ROAD CLOSED Signs - Size 30 X48, horizontal rectangle, per Additional Specifications. Qty. / Total Unit Unit Price Unit Price 300 / Each 24 / Each 350 / Each 24 / Each GROUP 1 Total (Items 1 4) Total Price $ Delivery: Delivery is desired within 30 calendar days after receipt of Purchase Order. Failure to meet this delivery date may be deemed as non-responsive. Please indicate delivery time after receipt of Purchase Order: calendar days. Please indicate if delivery will be made by: Common Carrier Company Vehicle Other Warranty: Warranty will be for year(s), not to be less than one (1) year. This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

12 Page: 8 of 26 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 12/09/11 QUOTES MAY BE FAXED TO (866) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: E Q1 Date: 12/2/2011 Purchasing Agent: Marie Williams Phone number: Requisition No. RQS SH Company Name: (Please Print) Signature: Purchasing Cards (P-Cards): The County is considering making faster payments to our vendor community, in doing so we would prefer to make payment using Visa credit card. Would your company accept Visa credit card as payment from Broward County? YES NO ADDENDA: LIST BELOW ALL ADDENDA (IDENTIFIED BY NUMBER) THAT YOUR COMPANY HAS RECEIVED AND HEREBY ACKNOWLEDGES SINCE ISSUANCE OF THIS QUOTE: Small Business Enterprise Certification: Please check the appropriate box if you meet the criteria for a Small Business Enterprise as stated in the Broward County Ordinance YES NO If you are a certified Broward County Small Business Enterprise attach a copy of your certification certificate with your quotation. Vendor recommended for award should obtain certification, not to exceed seven (7) business days from notification of award, from the Office of Economic and Small Business Development. Ship To: (All commodities unless otherwise indicated) Highway and Bridge Maintenance Division 1600 NW 30th Avenue (Blount Road) Pompano Beach, FL Attn: Roger Coates (954) This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

13 Page: 9 of 26 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 12/09/11 QUOTES MAY BE FAXED TO (866) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: E Q1 Date: 12/2/2011 Purchasing Agent: Marie Williams Phone number: Requisition No. RQS SH Company Name: (Please Print) Signature: Additional Specifications: Item 1 - Type II Metal Barricades Requirements: Meets FHWA MUTCD Regulations: Section 6F.68 Meets crashworthy requirements of FHWA NCHRP-350 8"x 24" top panel and bottom panel with high intensity reflective sheeting Minimum 14-gauge galvanized steel legs Modular design for replacement of components Item 2 - Type III Metal Barricades Requirements: Meets FHWA MUTCD Regulations: Section 6F.68 Meets crashworthy requirements of FHWA NCHRP-350 Three panel, 8"x 96", with high intensity reflective sheeting Minimum 14-gauge galvanized steel legs Modular design for replacement of components Mounting holes for two barricade lights and for signs Item 3 - Barricade Light Requirements: Meets I.T.E. tentative standard for flashing and steady burn barricade warning lights 3-way Operation: Steady On, Flashing or Off LED bulb design Accepts 6-volt lantern type battery(s) Moisture proof circuitry Includes locking mounting bolt, nut, and key Item 4 - ROAD CLOSED Signs Requirements: Meets MUTCD Regulation: Section 2B.58 ROAD CLOSED Sign (R11-2) Size 30 X48, horizontal rectangle White with Black Letters High Intensity Grade Note: FHWA United States Department of Transportation Federal Highway Administration MUTCD Manual on Uniform Traffic Control Devices NCHRP - National Cooperative Highway Research Program I.T.E. - Institute of Transportation Engineers This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

14 Page 10 of 26 VENDOR QUESTIONNAIRE INFORMATION CONTAINED IN THIS DOCUMENT WILL BE USED BY THE COUNTY IN DETERMINING THE RESPONSIBILITY OF A RESPONDENT. THERE MUST BE A RESPONSE TO ALL QUESTIONS IN THIS DOCUMENT. INFORMATION MUST EITHER BE PROVIDED OR AN INDICATION OF NONE (IF APPROPRIATE). DO NOT USE N/A AS A RESPONSE TO ANY QUESTION. THIS COMPLETED FORM, INCLUDING A RESPONSE TO ALL QUESTIONS, SHOULD BE SUBMITTED WITH THE SOLICITATION; HOWEVER, IT MUST BE SUBMITTED WITHIN FIVE (5) WORKING DAYS OF THE COUNTY S REQUEST. FAILURE TO PROVIDE THE COMPLETED FORM MAY RESULT IN THE SOLICITATION BEING DEEMED NON-RESPONSIVE. The undersigned authorized representative of the Respondent certifies the truth and accuracy of all statements and the answers contained herein. 1. How many years has your organization been in business? 1.1 What type of service/commodity does your company offer? 2. What is the last project of this nature that you have completed? 3. Have you ever failed to complete any work or not timely shipped commodities awarded to you? If yes, when and why? NAME OF COMPANY: This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

15 Page 11 of 26 VENDOR QUESTIONNAIRE (Continued) 3.1 Give owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. 4. Give names, addresses and telephone numbers of three individuals, corporations, agencies, or institutions for which you have performed work or sold similar commodities to: 4.1 (Firm Name) (Address) (Phone No.) (Contact Name) (Contract Name and/or Number and Date Services Provided) 4.2 (Firm Name) (Address) (Phone No.) (Contact Name) (Contract Name and/or Number and Date Services Provided) 4.3 (Firm Name) (Address) (Phone No.) (Contact Name) (Contract Name and/or Number and Date Services Provided) 5. List the following information concerning all contracts in progress as of the date of submission of this solicitation. (In case of co-venture, list the information for all co-venturers.) NAME OF PROJECT OWNER OF PHONE NO. TOTAL CONTRACT VALUE DATE OF COMPLETION PER CONTRACT % OF COMPLETION TO DATE (Continue list on insert sheet, if necessary.) NAME OF COMPANY: This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

16 Page 12 of 26 VENDOR QUESTIONNAIRE (Continued) 6. Has a representative of the Respondent completely inspected the proposed project site and does the Respondent have a complete plan for its performance? 7. State the name of your proposed project manager and superintendent and give details of his or her qualifications and experience in managing similar work. 8. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). 8.1 The correct name of the Respondent: 8.2 The business is a (Sole Proprietorship) (Partnership) (Corporation): 8.3 The address of principal place of business: NAME OF COMPANY: This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

17 Page 13 of 26 VENDOR QUESTIONNAIRE (Continued) 8.4 The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: 8.5 List all organizations which were predecessors to Respondent or in which the principals or officers of the Respondent were principals or officers. 9. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last three (3) years. The list and descriptions should include claims against the bond of the Respondent and its predecessor organization(s). 9.1 Has the Respondent, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last three (3) years? If yes, provide details. NAME OF COMPANY: This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

18 Page 14 of 26 VENDOR QUESTIONNAIRE (Continued) 10 LITIGATION HISTORY REQUIREMENT The County will consider a vendor's litigation history information in its review and determination of responsibility. All vendors are required to disclose to the County all "material" cases filed or resolved in the three (3) year period ending with the solicitation response due date, whether such cases were brought by or against the vendor, any parent or subsidiary of the vendor, or any predecessor organization. If the vendor is a joint venture, the information provided should encompass the joint venture (if it is not newly-formed for purposes of responding to the solicitation) and each of the entities forming the joint venture. For purpose of this disclosure requirement, a case includes lawsuits, administrative hearings and arbitrations. A case is considered to be "material" if it relates, in whole or in part, to any of the following: 1. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; 2. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; 3. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; 4. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary); or 5. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants. Notwithstanding the descriptions listed in paragraphs 1 5 above, a case is not considered to be "material" if the claims raised in the case involve only garnishment, auto negligence, personal injury, or a proof of claim filed by the vendor. For each material case, the vendor is required to provide all information identified in the form attached as Attachment "A". A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the vendor's subcontractors/subconsultants proposed to work on this project. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the vendor being deemed non-responsive. Prior to making such determination, the vendor will have the ability to clarify the submittal and to explain why an undisclosed case is not material. NAME OF COMPANY: This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

19 Page 15 of 26 ATTACHMENT A LITIGATION HISTORY Party Vendor is Plaintiff Vendor is Defendant Case Name Case Number Date Filed Name of Court or other tribunal Type of Case Claim or Cause of Action and Brief description of each Count Brief description of the Subject Matter and Project Involved Civil Criminal Administrative/Regulatory Bankruptcy Disposition of Case Pending Settled Dismissed (Attach copy of any applicable Judgment, Settlement Agreement and Satisfaction of Judgment.) Opposing Counsel Judgment Vendor s Favor Judgment Against Vendor If Judgment Against, is Judgment Satisfied? Yes Name: Phone number: No NAME OF COMPANY: This is not an order, this is an inquiry, which implies no obligation on the part of Broward County Form (Rev. 09/28/2011)(Sheltered Mkt)

20 Page 16 of 26 Form No (Rev. 09/28/2011) (Sheltered Market)

21 Page 17 of 26 Form (Rev. 09/28/2011) (Sheltered Market)

22 Page 18 of 26 Form (Rev. 09/28/2011) (Sheltered Market)

23 Page 19 of 26 Form (Rev. 09/28/2011) (Sheltered Market)

24 Page 20 of 26 Form (Rev. 09/28/2011) (Sheltered Market)

25 Page 21 of 26 Form (Rev. 09/28/2011) (Sheltered Market)

26 Page 22 of 26 Form (Rev. 09/28/2011) (Sheltered Market)

27 Page 23 of 26 Form (Rev. 09/28/2011) (Sheltered Market)

28 Page 24 of 26 Form (Rev. 09/28/2011) (Sheltered Market)

29 Page 25 of 26 Form (Rev. 09/28/2011) (Sheltered Market)

30 Page 26 of 26 Form (Rev. 09/28/2011) (Sheltered Market)

31 Page 1 of 3 STANDARD QUOTATION REQUEST TERMS AND CONDITIONS ALL QUOTATIONS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS DEFINITIONS - The Board of County Commissioners is hereinafter referred to as the Board. The Director of Purchasing is hereinafter referred to as the Director. This Quotation Request implies no obligation on the part of the Broward County Purchasing Division. The Director reserves the right to reject any or all quotations, or to accept any part of any quotation and reject the other part if in his or her opinion such action would be in the best interest of the Board. Upon acceptance of this quotation by the County, the terms of the quotation shall apply to all orders issued as a result of such acceptance. The Vendor agrees that the provisions included within this quotation form shall prevail over any conflicting provision within any standard form contract of the Vendor regardless of any language in Vendor s contract to the contrary. Any order resulting from this quotation will be subject to the following express conditions and agreements on the part of the successful Vendor. - DO NOT INCLUDE MORE THAN ONE QUOTE PER ENVELOPE 1. VENDOR: a. EXECUTION OF QUOTE: A. Quote must contain the signature of an individual authorized to bind the quoter. Quote must be typed or printed in ink. The ink should be blue ink. All corrections made by quoter to their quote must also be initialed. The Vendor s company name should also appear on each page of the quote sheet if required. B. No award will be made to a quoter who is delinquent in payment of any taxes, fees, fines, contractual debts, judgments, or any other debts due and owed to the County, or is in default on any contractual or regulatory obligation to the County. By signing and submitting this quote, quoter attests that it is not delinquent in payment of any taxes, fees, fines, contractual debts, judgments or any other debts due and owed to the County, nor is it in default on any contractual or regulatory obligation to the County. In the event the quoter's statement is discovered to be false, quoter will be subject to debarment and the County may terminate any contract it has with quoter. C. Quoter certifies by signing the quote that no principals or corporate officers of the firm were principals or corporate officers in any other firm which may be presently suspended or debarred from doing business with Broward County, unless so noted in the quote documents. D. By signing this quote, quoter attests that any and all statements, oral, written or otherwise, made in support of this quote, are accurate, true and correct. Quoter acknowledges that inaccurate, untruthful, or incorrect statements made in support of this quote may be used by the County as a basis for rejection of this quote, rescission of the award, or termination of the contract acknowledges that the termination of the contract because of a determination of an inaccurate, untruthful, or incorrect statement made in support of this quote may also serve as the basis for debarment of quoter pursuant to Section of the Broward County Administrative Code. b. PRICING Vendor shall insert unit price and extension against each item. In the event of a discrepancy between the unit price and the extension Group and/or Total, the unit price will govern. c. The vendor, in submitting this quotation certifies that the prices quoted herein are not higher than the prices at which the same item(s) or service(s) is sold in approximately similar quantities under similar terms and conditions to any purchaser whomsoever. d. DISCOUNTS - Vendor may offer a cash discount for prompt payment. However, such discounts will not be considered in determining the lowest net cost for quote evaluation purposes. Vendor should reflect any discounts to be considered in the quote evaluation in the unit price quoted. Payment discounts should be for a period of at least 30 calendar days. e. UNBALANCED QUOTATIONS - A group quote, showing evidence of obviously unbalanced quoting, may be declared unacceptable and rejected. f. F.O.B. DELIVERY POINT - All prices quoted must be F.O.B. delivery point, unloaded inside and assembled unless otherwise indicated. Vendor must indicate F.O.B. point and approximate shipping cost, and method of shipment if quoting other than delivery to destination. Title and risk of loss or damage to all items shall be the responsibility of the contractor until accepted by the County. g. TAXES - Broward County is exempt from Federal Excise and Florida Sales taxes on direct purchase of tangible property. Exemption numbers appear on the purchase order. The Contractor shall pay all applicable sales, consumer, land use, or other similar taxes required by law. The Contractor is responsible for reviewing the pertinent State Statutes involving the sales tax and complying with all requirements. h. OR EQUAL QUOTING - Unless otherwise stated, when a standard is used it indicates character and quality of the article and the Vendor may offer an equal subject to approval by the Director. If vendor fails to name a substitute, he or she will be required to furnish the standard specified. i. Quotations to be considered shall be received no later than the day stated. Quotations sent by /fax/mail are sent at the risk of the vendor. j. Quotation Requests will not be accepted from vendor in arrears to the Board upon debt or contract nor from a defaulter upon obligations to the Board. k. TIE QUOTES - The award on tie quotes will be decided by the Director in accordance with the provisions of the Procurement Code. l. MISTAKES - Quoters are cautioned to examine all specifications, drawings, delivery instructions, unit prices, extensions and all other special conditions pertaining to the quote. Failure of the quoter to examine all pertinent documents shall not entitle them to any relief from the conditions imposed in the contract. In case of mistakes in extension, the unit price shall govern. Multiplication or addition errors are deemed clerical errors and shall be corrected by the County. 2. INTERPRETATIONS: Any questions concerning conditions and specifications of this quote shall be directed in writing to the Purchasing Division a minimum of 24 hours prior to quote opening. No interpretation(s) shall be considered binding unless provided to all Quoters in writing by the Director of Purchasing. 3. SAMPLES: Samples, or drawings required shall be delivered free of charge as requested. If not mutilated or destroyed in the examination, Vendor will be notified to remove same at their expense. If samples are not removed within thirty (30) calendar days after written notice to the Vendor, they shall be considered as abandoned and the County shall have the right to dispose of them as its own property. 4. AWARDS: a. If a specific basis of award is not established in the Quotation Request, the award shall be to the responsible Vendor with the lowest responsive quote meeting the written specifications. b. As the best interest of the County may require, the right is reserved to make award(s) by individual commodities or services, group of commodities or services, all or none or any combination thereof. When a group is specified, all items within the group must be quoted. A vendor desiring to quote No Charge on an item in a group must so indicate; otherwise the quote for the group will be construed as incomplete and may be rejected. However, if all vendors do not quote all items within a group, the County reserves the right to award on an item by item basis. c. The Director reserves the right, in accordance with the Procurement Code, to waive any informalities, technicalities, and irregularities, or to reject any or all quotations, or any part of any quotations, and accept the quotations deemed most advantageous and in the best interest of the County. 5. TIME FOR PERFORMANCE: In all instances when the Quotation Request fails to state the time within which performance is to be completed and the vendor fails to state a time, the time for full and complete performance shall be twenty (20) calendar days from date of purchase order. Delivery time will be computed in calendar days from the date on the order. 6. DELIVERY: a. INSPECTION shall be made at the point of delivery unless otherwise specified. b. CONTAINERS AND REELS - All containers and reels shall become the property of the Board unless otherwise specified. c. DELIVERY HOURS - Delivery shall be made between 9 A.M. and 4 P.M. Monday through Friday except holidays and at other times by special arrangements. d. MARKING - Each container or multiple units, or items otherwise packaged shall bear a label, imprint, stencil or other legible markings stating name of manufacturer or supplier, Purchase Order Number and any other markings required by specifications, or other acceptable means of identifying Vendor and Purchase Order Number. The goods must be suitably packed for shipment by common carrier. e. NEW MERCHANDISE - Unless otherwise stated in the quotation, deliveries must consist only of new and unused merchandise and shall be the current standard production model available at the time of quote. f. DELIVERY TIME - Delivery time shall be computed in calendar days from the issuance date of purchase order. Although, actual requested date or number of calendar days for delivery may be specified, state number of calendar days required to make delivery and installation after issuance of purchase order or request for services in space provided. However goods required for daily consumption, or where the delivery is an emergency, a replacement, or is overdue, the convenience of the Division shall govern. If, in calculating the number of calendar days from the order date, the delivery date falls on a Saturday, Sunday or holiday, delivery shall be made no later than next succeeding business day. Delivery time may be considered in determining award. 7. DELAYS/NON-DELIVERY/REJECTIONS: a. VENDOR S FAULT - If the vendor fails to make delivery within the time specified or if the delivery is rejected, the Director may obtain such commodities or any part thereof from other sources in the open market or on contract. Additional costs incurred and/or liquidated damages may become charges against the Vendor. b. BEYOND VENDOR S CONTROL - When, due to causes beyond the Vendor s control, the vendor fails to make delivery, or delivery is rejected, the Director may allow additional time or may obtain the supplies elsewhere without liability on the part of the Vendor to the Board or the Board to the Vendor. c. REJECTED MERCHANDISE - The Director may withhold acceptance of, or reject any goods which are found, upon examination, not to meet the specification requirements. Upon written notification of rejection, goods shall be removed within five (5) calendar days by the Vendor. Rejected goods left longer than thirty (30) calendar days will be regarded as abandoned and the Board shall have the right to dispose of them as its own property. On foodstuffs and drugs, no written notice or rejection need be given. Upon verbal notice to do so, the Vendor shall immediately remove and replace such rejected merchandise at the Vendor s expense. Rejection for nonconformance, failure to provide services conforming to specifications, or failure to meet delivery schedules may result in contractor being found in default. 8. PAYMENT AND COLLECTION OF CHARGES: Payment for all goods and services shall be made in a timely manner and in accordance with Florida Statutes, Section , Florida Prompt Payment Act and the Broward County Prompt Payment Ordinance (No ), as amended. All Applications for Payment shall be submitted to Broward County Accounting Division. Payment will be made by the County after commodities/services have been received, accepted and properly invoiced as indicated in the contract and/or order. Invoices must bear the purchase order number. Quotation Request Terms & Conditions 1-33 Revised 06/15/2011

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Page: 1 of 19 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated

More information

(ADDENDUM COVER SHEET)

(ADDENDUM COVER SHEET) (ADDENDUM COVER SHEET) Bid No. X0945118Q1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2 AUTOMATIC ESCALATOR CLEANER (NON-SHELTERED MARKET) DATE OF ADDENDUM:

More information

Quotation No. L Q1

Quotation No. L Q1 Quotation No. L0889906Q1 TO ALL PROSPECTIVE BIDDERS: PLEASE NOTE THE FOLLOWING CHANGES: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 1 GREEN TINTED IMPACT

More information

Quotation No. X Q1 Addendum No. 2 Page 1 of 1

Quotation No. X Q1 Addendum No. 2 Page 1 of 1 ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Shipping Containers (Sheltered Market) ADDENDUM NO. 2 DATE OF ADDENDUM: 4/17/2012 Quotation No.

More information

TMS 2000 Tank Management System (SHELTERED MARKET)

TMS 2000 Tank Management System (SHELTERED MARKET) Quote No. Z0922507Q1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2 TMS 2000 Tank Management System (SHELTERED MARKET) DATE OF ADDENDUM: April 25, 2011

More information

Quote No. G Q1 Addendum No. 1 Page 1 of 1

Quote No. G Q1 Addendum No. 1 Page 1 of 1 Quote No. G1035611Q1 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA CONFERENCE ROOM CHAIRS ADDENDUM NO. 1 DATE OF ADDENDUM: April 27, 2012 ATTENTION

More information

ADDENDUM NO. 1. Date of Addendum: February 12, 2013

ADDENDUM NO. 1. Date of Addendum: February 12, 2013 Solicitation No. M1100807Q1 Addendum No. 1 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

Answer: This is an open term contract and quantities listed are an estimated annual quantity that will be ordered throughout the year.

Answer: This is an open term contract and quantities listed are an estimated annual quantity that will be ordered throughout the year. ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA TRASH CAN LINERS ADDENDUM NO. 1 DATE OF ADDENDUM: 2/22/2012 Quotation No. X1014403Q1 Addendum

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Page: 1 of 27 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Page: 1 of 25 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the address

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the Purchasing Agent stated at the address

More information

Quote No. E Q1 Addendum No. 1 Page 1 of 1

Quote No. E Q1 Addendum No. 1 Page 1 of 1 Quote No. E09445505Q1 Addendum No. 1 Page 1 of 1 ATTENTION ALL POTENTIAL QUOTERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Concrete Gravel Mix, Bolts, and Screws ADDENDUM

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Page: 1 of 26 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Page: 1 of 22 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated

More information

Addendum No. 2. Solicitation Title: THIS. Page 1 of 1. Excellence in

Addendum No. 2. Solicitation Title: THIS. Page 1 of 1. Excellence in Solicitation No. A1245201Q11 Addendum No. 2 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954)

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Table of Contents Procurement Authority... 4 Scope of Service... 5 Submittal

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the address

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

RLI No. R R1 Addendum No. 1 Page 1 of 1

RLI No. R R1 Addendum No. 1 Page 1 of 1 RLI No. R1018714R1 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA RLI R1018714R1 - Health Insurance Portability and Accountability Act (HIPAA) and

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on February 12,

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

Request for Quotation

Request for Quotation Return this Quote document via FAX or E-MAIL no later than 3:00 PM, TUESDAY, 01/26/16 to: Attention: ANDREA PARKS STAHL, SR. BUYER Telephone: Fax No.: 210-567-2897 E-mail: PARKSA@UTHSCSA.EDU Facsimile

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954)

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Table of Contents Procurement Authority... 4 Project Funding Source... 5 Scope

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-02 HP OEM Toner & Ink Date: October 5, 2016

More information

Quote No. V Q1 Addendum No. 2 Page 1 of 1

Quote No. V Q1 Addendum No. 2 Page 1 of 1 Addendum No. 2 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Executive Office Furniture ADDENDUM NO. 2 DATE OF ADDENDUM: April 30, 2012 ATTENTION ALL POTENTIAL BIDDERS:

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID SUBMIT BID TO: Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301-1801 954-357-6066 BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA INVITATION FOR BID

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February

More information

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader. IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned

More information

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305) Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2 REFRIGERANT - AUTOMOTIVE NON-SHELTERED MARKET

PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2 REFRIGERANT - AUTOMOTIVE NON-SHELTERED MARKET PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2 REFRIGERANT - AUTOMOTIVE NON-SHELTERED MARKET DATE OF ADDENDUM: April 4, 2011 TO ALL PROSPECTIVE BIDDERS:

More information

Date Of Addendum: January 13, 2014

Date Of Addendum: January 13, 2014 Solicitation No. K1186209Q1 Addendum No. 1 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

MELBA SCHOOL DISTRICT

MELBA SCHOOL DISTRICT MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

More information

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017 2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION PART A 2018 Instructions; Appeals Process PART B 2018 Questionnaire PART C 2018 Questionnaire Scoring PART

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 26, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL PAGE 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 12 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: JUNE 26,

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

CHARLESTON COUNTY PARK AND RECREATION COMMISSION CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL HOLIDAY FESTIVAL OF LIGHTS ORNAMENTS 2015-20 MARCH 25, 2015 1 RFP2015-020 Request for Proposal 2015-020 Holiday Festival of Lights

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

Bid No. Z B2 Addendum No. 3 Page 1 of 4

Bid No. Z B2 Addendum No. 3 Page 1 of 4 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Elevator-Escalator Maintenance and Repair for Terminal One ADDENDUM NO. 3 DATE OF ADDENDUM: 3/16/12 Bid No. Z0936014B2 Addendum

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 29, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID SUBMIT BID TO: Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301-1801 954-357-6066 BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA INVITATION FOR BID

More information

Bid No. V B1 Addendum No. 2 Page 1 of 2

Bid No. V B1 Addendum No. 2 Page 1 of 2 Bid No. V1001710B1 Addendum No. 2 Page 1 of 2 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Perimeter Intrusion and Detection System ADDENDUM NO. 2 DATE OF ADDENDUM: April 26,

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

Target Market Professional Services Master Consulting Agreements MBE/WBE SPECIAL CONDITIONS

Target Market Professional Services Master Consulting Agreements MBE/WBE SPECIAL CONDITIONS CITY OF CHICAGO Department of Procurement Services Jamie L. Rhee, Chief Procurement Officer 121 North LaSalle Street, Room 403 Chicago, Illinois 60602-1284 Fax: 312-744-3281 Target Market Professional

More information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

More information

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2. IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

PREQUALIFICATION PACKAGE FOR

PREQUALIFICATION PACKAGE FOR PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

Description Cost PRE-BID CONFERENCE

Description Cost PRE-BID CONFERENCE IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR QUOTATION

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL by The University of Texas System Administration for Selection of a Vendor to Provide Services related to U.T. System-wide Information Technology (IT) Audit Risk Assessment Methodology

More information

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS The Northampton Area School District will receive sealed bids until 11:00 a.m., prevailing time, on March 9, 2018 for the following: General Supplies Cleaning

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT Section 1 Additional Administrative Information 1.1 Purchasing Agent The Purchasing Agent identified in the RFB cover sheet is the sole point of contact regarding

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ IS WIDE FORMAT PRINTING EQUIPMENT

OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ IS WIDE FORMAT PRINTING EQUIPMENT OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ-14-03834-IS WIDE FORMAT PRINTING EQUIPMENT BIDDER INFORMATION: Company Name:... Address:... Address:...

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

Bid No. L B1 Addendum No. 2 Page 1 of 2

Bid No. L B1 Addendum No. 2 Page 1 of 2 Bid No. L0958804B1 Addendum No. 2 Page 1 of 2 ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA FIRE HYDRANT SERVICE AND REPAIR (NSM) ADDENDUM NO.

More information